Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2015 FBO #4911
SOURCES SOUGHT

66 -- Tomography System

Notice Date
5/4/2015
 
Notice Type
Sources Sought
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-15-R-0046
 
Archive Date
6/9/2015
 
Point of Contact
De'Shaun Terrel Dilworth, Phone: 9375224581
 
E-Mail Address
deshaun.dilworth@us.af.mil
(deshaun.dilworth@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Tomography System This is a Sources Sought Synopsis; a solicitation is not available. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is published for market research purposes only. This market research will be used to help determine if this may be a competitive acquisition, or if a set-aside for any small business program is appropriate (Small Business, 8(a), HUBZone, Service-Disabled Veteran Owned (SDVO) small businesses). Please review this announcement, including all attachments, in their entirety. Request interested parties complete and return a Capabilities Statement that describes the comparable product and the ability to meet the "Requirements" described below to enable the Government to identify firms who possess the capability to provide a Tomography System. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. The Operational Contracting Branch, Technology Support Acquisition Section (AFLCMC/PZIOAA) is seeking potential sources, including small business sources, capable of providing a Tomography System that can meet the requirements shown below. The applicable North American Industry Classification System (NAICS) code assigned to this effort is 334517 - Irradiation Apparatus Manufacturing with a Size Standard of 500 employees. Please indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Please include information about the firm's standard warranty. In addition, please provide recent sales history to commercial companies to determine commerciality. NOTE: All interested contractors must be registered in the System for Award Management (SAM) in order to be eligible for award of Government contracts. It is the responsibility of interested parties to monitor the FedBizOpps website for additional information pertaining to this sources sought notice. INSTRUCTIONS: 1. The information below provides a "Program Description" and a "Contractor Capability Survey", to allow you to document your company's capabilities in meeting these requirements. 2. If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information is specified at the bottom portion of this notice. Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed via email to Mr. Deshaun Dilworth, AFLCMC/PZIOA, at deshaun.dilworth@us.af.mil. PROGRAM DESCRIPTION and SALIENT CHARACTERISTICS REQUIREMENTS: The Air Force Research Laboratory requires a tomography system to perform nondestructive volumetric imaging at a nanometer scale resolution with high contrast to quantify internal structure and high resolution at large working distances. This is needed to quantify the evolution of 3 dimensional (3D) micro-structures over time while varying in situ environmental factors such as mechanical loading, temperature, electrical bias, chemical environment, and gas/fluid flow. The instrument should have the capability to be integrated with an in situ stage that can vary these conditions while providing tomographic images Salient Characteristics for 1 (one) Nano-scale Computed Tomography System 1. Resolution: 50 nm or smaller 2. Voxel size: 20 nm or smaller 3. Magnification: 500x or greater 4. Ability to integrate in-situ stage. 5. Zernike phase contrast to distinguish between materials of similar atomic number (Z) 6. Absorption contrast 7. X-ray Photon Energy: <6 keV 8. Power > 500 Watts 9. Integrated visible light microscope 10. Max out of Crate Dimensions: Max 96"L X 50"W X 90"H 11. Shipping required 12. Installation required 13. Training: Two (2) days of on-site Basic Training 14. One year limited warranty on parts and labor plus 3 years of additional premium coverage CONTRACTOR CAPABILITY SURVEY: Part I. Business Information: Please provide the following business information for your firm:  Company/Institute Name:  Address:  Point of Contact:  CAGE Code:  Phone Number:  Email Address:  Web Page URL: Based on North American Industry Classification System (NAICS) code: 334517, size standard of 500 employees, please circle Yes or No as to whether your company is:  Small Business (Yes / No)  Small Disadvantaged Business (Yes / No)  8(a) Certified (Yes / No)  HUBZone Certified (Yes / No)  Veteran-Owned Small Business (Yes / No)  Service-Disabled Veteran-Owned Small Business (Yes / No)  Women-Owned (WO) (Yes / No)  Economically Disadvantaged Women-Owned Small Business (Yes / No)  Please indicate if your company is domestic or foreign owned (if foreign, please indicate the country of ownership).  Indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying.  Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104.  Please provide information about the firm's standard warranty.  Please provide recent sales history to commercial companies in order to determine commerciality.  Please provide a statement to acceptability of the following proposed provisions and clauses, as they are determined to be consistent with customary commercial practice. At this time the following non-commercial clauses are being considered for inclusion in the solicitation package: FAR 52.204-4 FAR 52.242-13 FAR 52.252-1 FAR 52.252-2 FAR 52.252-5 DFARS 252.209-7002 DFARS 252.209-7004 DFARS 252.225-7002 AFFARS 5352.223-9000 DFARS 252.211-7003 AFFARS 5352.201-9101 Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort: The acquisition strategy for this requirement has not been decided; however, the Air Force is contemplating setting this acquisition aside for small business if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of meeting the Limitations on Subcontracting requirements in FAR clause 52.219-14. Provide specific details and rationale as to how compliance will be achieved. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming provided. Attention All potential respondents: If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on the areas of this requirement that are likely candidates for SB subcontracting. Part II. Capability Survey Questions: 1. Name of Country where the item is manufactured. 2. Describe briefly the capabilities of your facility. Include a description of your staff composition and management structure. 3. Describe your company's past experience in providing products similar in complexity to this requirement. Include contract number and date, a brief description, agency/organization supported, and point of contact name and telephone number. 4. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 5. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 6. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. CAPABILITIES PACKAGE: All interested firms shall submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed below. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought synopsis is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The decision to solicit for a contract shall be solely within the Government's discretion. All interested firms shall submit a capabilities package limited to 25 pages and may be submitted electronically to the following e-mail address: deshaun.dilworth@us.af.mil in a Microsoft Word compatible format or mailed to AFLCMC/PZIOA POC: Mr. Deshaun Dilworth, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 12:00 p.m. EST, Monday the 25th of May 2015. Direct all questions concerning this acquisition to Mr. Deshaun Dilworth at deshaun.dilworth@us.af.mil or 937-522-4581. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be solicited as full and open or set-aside for small business, or any particular small business program (e.g. SDVOSB, HUBZone, 8(a), etc.). Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Tomography System." If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-R-0046/listing.html)
 
Place of Performance
Address: AFRL/RXCC, 2941 Hobson Way, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03719112-W 20150506/150504234803-1043f972f5b04f4c29cfcca63b318357 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.